ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Fleet Air Compressor

DEPT OF DEFENSE FA487726QA093
Response Deadline
May 12, 2026
4 days left
Days Remaining
4
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

Nellis Air Force Base, under the Department of the Air Force, is seeking a small-business vendor to replace its fleet air compressor system with a brand-name-or-equal solution. The work covers removal of the existing unit and turnkey shipment, installation, and commissioning of one new air compressor and one new oil water separator, along with the labor, materials, equipment, transportation, and disposal needed to complete the job. The requirement centers on a Gardner Denver Model L22 L-Series oil-flooded rotary compressor or equivalent, with salient characteristics including 87.0 CFM, 120-gallon tank-mounted rotary configuration, 230/460V 3-phase 60Hz power, and FOB Destination delivery to Nellis AFB, Nevada. Award is to be based on lowest price and technical capability, with the solicitation also requiring compliance with applicable federal clauses and base access requirements. Questions are due by email no later than May 6, 2026 at 2:00 PM MDT, and quotes are due by email no later than May 12, 2026 at 2:00 PM MDT.

Classification Codes

NAICS Code
333912
Air and Gas Compressor Manufacturing
PSC Code
4310
COMPRESSORS AND VACUUM PUMPS

Solicitation Documents

5 Files
FA487726QA093 - QA.pdf
PDF332 KBMay 8, 2026
AI Summary
The document FA487726QA093, titled "Fleet Air Compressor - Questions and Answers," addresses key inquiries regarding the replacement of an old air compressor unit. The project timeline is May 1, 2026. The required CFM is 87.0, with higher CFM being acceptable. The target weight is 739 lbs, though weight is not a critical issue due to installation on a concrete pad. The shipping address is 5165 Ellsworth Ave BLDG 61685 Nellis AFB NV 89191. The project includes the removal of the existing unit and installation of the new compressor, as detailed in the Performance Work Statement (PWS). The solicitation allows for alternative brands with comparable specifications and varying dimensions.
PWS - Fleet Air Compressor.pdf
PDF115 KBMay 8, 2026
AI Summary
This Performance Work Statement (PWS) outlines the requirements for replacing an existing air compressor system at Nellis Air Force Base, Nevada. The project entails the removal of the old air compressor and the shipment, installation, and commissioning of one new Fleet Air Compressor and one new Oil Water Separator. The contractor is responsible for providing all labor, materials, equipment, and transportation to complete this turnkey project, ensuring the fastest possible timeline from award to operational turnover. Key requirements include adherence to manufacturer specifications, industry standards, and all applicable federal, state, and local codes, as well as strict compliance with OSHA and base-specific safety regulations. The contractor must manage the project, including a dedicated project manager, a detailed schedule, and proper disposal of all debris. The PWS also details general information regarding contract management, employee restrictions, security, environmental compliance, and hazardous material handling.
COMBO - RFQ FA487726QA093.pdf
PDF124 KBMay 8, 2026
AI Summary
The Nellis Air Force Base has issued Request for Quotation FA4877-26-QA093 for a brand name or equivalent fleet air compressor. This procurement is a Total Small Business Set-Aside under NAICS code 333912, "Air and Gas Compressor Manufacturing," with a 1000-employee size standard. The government intends to issue a firm-fixed-price purchase order for a Gardner Denver Model L22 L-Series Oil-Flooded Rotary Air Compressor (or equivalent) and an Oil Water Separator Model GDP-350 (or equivalent), with FOB Destination shipping to Nellis AFB, Nevada. Award will be based on the lowest price and technical capability. Questions are due by May 6, 2026, 02:00 PM MDT, and quotes by May 12, 2026, 02:00 PM MDT. Offerors must comply with REAL ID requirements for base access starting May 7, 2025. The solicitation incorporates FAR, DFARS, and DAFFARS provisions and clauses.
Salient Characteristics.pdf
PDF80 KBMay 8, 2026
AI Summary
The document outlines salient characteristics for a fleet air compressor requirement, identified by solicitation number FA4877QA093, with an effective date of April 29, 2026. Key specifications for the air compressor include dimensions of 32 x 35 x 50 inches, a weight of 739 lbs, electrical requirements of 230V/460V, 3Ph, 60Hz, and a volume capacity of 120 gallons. It also features 87.0 CFM and ASME certification, with accessories including a 120 Gallon Tank Mounted Rotary, Dryer, and Filtration. The CLIN structure details specific items: 0001 for a Gardner Denver Model L22 L-Series Oil-Flooded Rotary Air Compressor (or equivalent) with specific power and tank configurations, and 0002 for an Oil Water Separator Model GDP-350 (or equivalent). Award will be based on price and technical acceptability, and all quotes must include delivery FOB Destination with a liftgate if needed, as the destination lacks a loading dock. Tax and delivery costs should be incorporated into the line items.
Provisions and Clauses - Air Compressor.pdf
PDF109 KBMay 8, 2026
AI Summary
This government file, FA487726QA093, outlines mandatory clauses for federal contracts, particularly focusing on Item Unique Identification and Valuation (IUID) and Wide Area WorkFlow (WAWF) payment instructions. The IUID clause details requirements for marking and reporting items with unique identifiers, especially those with a unit acquisition cost of $5,000 or more, or specified critical items. It defines various terms related to serialization, data matrix symbology, and reporting procedures for both end items and embedded components. The WAWF clause mandates electronic submission of payment requests and receiving reports via the WAWF system, outlining access procedures, document types (e.g., cost voucher, combo invoice/receiving report), and routing data. Additionally, the file includes clauses regarding offeror ownership/control and predecessor information, emphasizing compliance with federal acquisition regulations and defense federal acquisition regulation supplements for transparency and accountability.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMay 1, 2026
amendedAmendment #1· Description UpdatedMay 8, 2026
amendedLatest Amendment· Description UpdatedMay 8, 2026
deadlineResponse DeadlineMay 12, 2026
expiryArchive DateMay 27, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA4877 355 CONS PK

Point of Contact

Name
Judah Morton

Place of Performance

Nellis AFB, Nevada, UNITED STATES

Official Sources